Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOURCES SOUGHT

R -- AFTAC Maintenance and Technical Support (AMATS)

Notice Date
8/1/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
F08650-03-AMATS
 
Response Due
10/1/2003
 
Point of Contact
Bradley Richardson, Contract Specialist, Phone 321-494-4352, Fax 321-494-5136, - Shelley Hall, Supervisory Contracting Officer, Phone 321-494-4394, Fax 321-494-5136,
 
E-Mail Address
brad.richardson@patrick.af.mil, shelley.hall@patrick.af.mil
 
Description
Sources Sought Synopsis: THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED NONCOMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 15. Patrick Air Force Base anticipates a competitive acquisition to provide the Air Force Technical Applications Center (AFTAC) Maintenance and Technical Support (AMATS) services capable of: 1) Maintenance engineering, technical, and logistics services to resolve complex or unusual technical problems encountered at field locations worldwide; 2) operating/maintaining subsurface systems composed of sensors (e.g. seismic hydoacoustic, infrasonic, and state-of-health), digitizers; authenticators, GPS; intrasite/intersite links, and long-haul communications (e.g. cable plant, radio data links, telephone lines, microwave links, satellite links, and long-haul communications), computers hardware/software, power/grounding systems; 3) deployable support for preventative maintenance, installations, upgrades and modifications of United States Atomic Energy Detection Systems (USAEDS) equipment, support equipment, and infrastructure to meet AFTAC mission requirements; 4) logistics and transportation services. All sources capable of providing these services are being sought. In addition to the information provided below entitled ?Capabilities Package," responding parties must also indicate their size status in relation to the applicable Standard Industrial Classification (SIC) Code 8711 and North American Industry Classification System (NAICS) code 541330 (size standard $23 Million). Sources with 8 (a) status or otherwise classified as a small disadvantaged business should address their status in their responses. Top Secret/SCI security clearances are required for access to portions of the government facility and Secret security clearances are required for on-site personnel and the contractor?s facility storage. Conflict of Interest (COI) rules may apply, which would prohibit participation in related acquisitions. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm?s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 10 pages. Submit capabilities packages by mail to ATTN: Brad Richardson, 45 CONS/LGCBB, Bldg. 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. Responses may also be submitted via fax to ATTN: Brad Richardson, 321-494-5136 or be e-mailed to brad.richardson@patrick.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 1 Oct 03. Direct all questions to the attention of Brad Richardson at (321) 494-6343.
 
Place of Performance
Address: Various Locations Worldwide
 
Record
SN00389931-W 20030803/030801213653 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.